Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2020 SAM #6845
SOLICITATION NOTICE

66 -- Automated Molecular Biology Workstation

Notice Date
8/24/2020 11:22:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
 
ZIP Code
38776
 
Solicitation Number
12405B20Q0085
 
Response Due
9/1/2020 9:00:00 AM
 
Archive Date
09/16/2020
 
Point of Contact
Douglas Stickler, Phone: 9792609211
 
E-Mail Address
Douglas.Stickler@usda.gov
(Douglas.Stickler@usda.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Solicitation number is 12405B20Q0085 is issued as a Request for Quotation (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation will be a 100% Total Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing 1,000 �The USDA, Agricultural Research Service (ARS) South East Area (SEA) �Horticulture Research Lab located in �Fort Pierce, Florida 34945 has a requirement for: Quantity of one (1) An automated molecular biology workstation optimized for one-step running of Gibson Assembly-based gene synthesis from commercial DNA synthesis kits purchased from Codex-DNA, Inc. Optimized for: generating clones, DNA variant libraries, gene fragments, genes, and genomes, and be able to automate next-generation sequencing (NGS) library preparation protocols. Must have the following features: An automated workstation optimized for: generating clones, DNA variant libraries, gene fragments, genes, and genomes, and be able to automate next-generation sequencing (NGS) library preparation protocols. Ability to build gene fragments, genes, genomes, clones, DNA variant libraries, and perform NGS library preparation on the same platform without additional user programming. Ability to generate up to 32 high-quality individual dsDNA fragments in under 24 hours, using a standard 96-well plate. Ability to generate up to 10 ?g of DNA material ranging in size from 300 bp to 3,600 bp. Ability to be optimized for one-step support of Codex DNA unique master mixes. Ability to perform a proprietary two-step error correction process, resulting in low error rates of up to 1:30,000 bp. Ability to automatically generate clones via insertion of constructs into user-specified or off-the-shelf vectors using Gibson Assembly� method. Ability to automatically scan barcodes from reagent modules to download job-specific, pre-validated scripts directly to the instrument for hands-free operation. Ability to be able to be locally controlled via onboard software without the need for a separate standalone computer. A fully integrated onboard thermocycler used in both isothermal and temperature gradient applications. Ability to allow simplified execution of the following steps: Submit sequence or DNA variant library of interest to Codex DNA and then allow Codex modules, which are shipped to us, to be inserted and rapidly initiate stand-alone synthesis process without interruption. Shipping and Handling to FOB Contractor shall deliver the required supplies in a fully functional state to include (all materials, equipment, supervision, transportation, labor, installation, and training). Required delivery date 10/15/2020 Delivery is F.O.B. Destination (shipping and handling included) Delivery must state door to door to the following address: USDA-ARS-SEA �HORTICULTURE RESEARCH LAB 2001 S. ROCK ROAD FORT PIERCE, FLORIDA 34945 ATTN: Belkis Diego Specifications Requirements: � (See Attached Specifications) Shipping and Handling to FOB �Instructions: Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. The government expects to achieve best value from the selection of the technically acceptable quotation with the lowest evaluated price.� Therefore, the government will select the lowest priced offer meeting or exceeding all technical specifications (including delivery date) that is responsive to the terms and conditions outlined in this solicitation. � Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). All Quotes must be valid for a minimum of 30 days from the closing date for this solicitation. No exceptions or qualifications. The Government anticipates award of a Firm Fixed Price contract. Supply will be delivered and installed 30 days after purchase order issued, quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications. Additionally, delivery costs to the above location must be annotated in proposal. Please respond with a firm fixed price quote to the email address below. Offerors are encouraged to provide discounts in their pricing. � Electronic submissions are preferred. Please email all quotes to douglas.stickler@usda.gov Question Submission: Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. If received timely the answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Address ALL questions in WRITING to the issuing office via email to Douglas.Stickler@usda.gov No telephone inquiries will be accepted. NO LATE QUOTES WILL BE ACCEPTED. USDA-ARS is Tax Exempt. Tax Exemption Certificate: 720564834F. To be eligible for an Award, all contractors must be registered with an active status in the System for Award Management (SAM). If not registered a contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov for assistance.� Note that prior to submission of quote, pursuant to FAR 4.1102 and other applicable regulations and guidelines. No exceptions. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically through the IPP.Gov The selected Offeror must comply with the attached commercial item terms and conditions Due to size restrictions the following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition are in the attachment to the combines/synopsis. Inspection and Acceptance Terms: Supplies will be tested and inspected by requiring office's technical representative and accepted at destination. � Attachments: � Specifications Commercial Items provisions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/045003b4588943b1a477b40913d7fb28/view)
 
Place of Performance
Address: Fort Pierce, FL 34945, USA
Zip Code: 34945
Country: USA
 
Record
SN05771454-F 20200826/200824230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.